Sealed Global tenders are invited
for supply and Installation of SDH Ring between VSB-LVSB-Prabhadeviwith
extension to Arvi and Digi-Pune in a Ring Topology with Chinchwad as the
third Node.
A complete set of tender documents
can be purchased by the interested tenderers on submission of written applications
to the address given below and upon non-refundable payment of Rs. 3, 000/-
Or USD 100 in the form of Demand Draft payable at Mumbai and drawn
in favour of Videsh sanchar Nigam Ltd. The tender documents will be available
for sale from 31/10/97 to 24/12/97 between 1500 Hrs. to 1700 Hrs. on all
the working days.
All tenders accompanied by Tender
security for an amount of USD 25000 OR. 8 lakhs shall be submitted on or
before 1300 hrs. (IST) of 06/01/98 to the address given below.
The tender shall be opened at 1500 Hrs. (IST) on 06/01/98.
Chief General Manager (Commercial)
Videsh Sanchar Nigam Ltd., 4th
floor, Videsh sanchar Bhavan
Mahatma Gandhi Road, Fort, Mumbai.
400 001.
Phone: + 91(22) 2624020/2655015,
Telex: +81(11) 82429
VSNH IN. Fax: + 91(22) 2619449/2619640.
1. POWER GRID CORPORATION OF
INDIA LTD. has applied for the co-financing arrangement with Export-Import
Bank of Japan (EXIM BANK), which shall be administered by the World Bank
towards the cost of Naptha Jhakri Transmission system. It is intended that
part of the proceeds of this loan will be applied to eligible payments
under the contract for package enumerated at para 2. hereunder:
2. POWERGRID, now thereby
invites sealed Bids from eligible Bidders for the Turnkey Packagr of Bassi
(Jaipur) Sub-station. Specification No.:C-11401-S148-6.
3.SCOPE OF WORK
3.1.1 The scope of work shall
include complete project management, design, engineering, type
testing, manufacture, testing, transportation to site, insurance,
storage, erection, testing & commissioning of Extension
of 400/200 kV sub-station at Bassi (Jaipur) at single source
responsibility on turnkey basis.
The supply of major equipment
include Auto Transformers; Circuit Breakers, Isolators, Current Transformers,
Capacitor Voltage Transformers, Surge Arrestors, Bus Post Insulators
alongwith terminal connectors; Auxiliary Transformers alongwith equipment
(72. 5 kV) isloator and 33 kV Horngap fuse); Complete Control,
Relay & Protection system; PLCC System; Fire Protection System;
Testing maintenance and condition
monitoring equipment; LT Switchgear (A C /DC distribution boards);
Switchyard lighting (Transformers, fixtures, panel, poles,
boards, supports and complete accessories); 66kV HT cables; 1.1 kV
grade Power and Control cables (part quantity of Power and
Control cables shall be issued by Employer as employer supplies materials);
Lattice & Pipe structures; insulator strings, hardwares, clamps
& connectors, spacers, Cable supporting angles/channels,
cable trays& covers, junction box, burried cable
trenches; Aluminium tubes, bay Marshalling box, complete earthing
& lighting materials, Mandatory spares etc.
3.1.2 Associated Civil Works
such as contouring & site leveling of sub-station area; foundation
of Auto Transformers & auxiliary Transformers; construction of cable
trenches, foundation of Lattice and pipe structures/equipments,
lighting poles by Marshalling box etc; Roads & Rail track inside the
sub-station area and interconnection with existing roads, drainage
system of Sub-station; dismantling and extension fencing etc.
3.2 The scope given above only
indicative. Detailed scope has been described in Bidding Documents , which
are available for inspection & sale as per details given at para 4.
below:
4. A complete set of Bidding
Documents may be purchased by an interested Bidder or their authorised
represetative on submission of a written application to the address given
below and upon a non- refundable fee of US$ 200 or Indian Rupees
7000/- (either in cash or Demand Draft payable to POWER GRID CORPORATION
OF INDIA LTD. New Delhi) on all working days upto 14. 01. 98 between 1500
hrs to 1700 hrs.
5. The provision in the instructions
to Bidders and in the General Conditions of Contract are the provisions
of the World Bank Standard Bidding Documents: Supply and Installation
of Plant and Equipment.
6. A pre-bid conference will
be held on 16. 12 . 97 at the office of Power Grid Corporation of
India Ltd., New Delhi, India to clarify the exact scope of
the work, and the basic data available and other issues raised
in accordance with SI. No. 10 BDS.
7. Bids must be delivered to
POWERGRID at the address given below, no later than 1030 hrs on 15. 01.
1998.
8. All bids must be accompanied
by a Bid security of US$ 185,000 (US Dollar One hundred eighty five thousand
only) for Foreign Bidders or equivalent amount in Indian Rupees for Indian
Bidders and delivered to the above office on or 1030 hrs on 15. 01 . 98.
The equivalent amount in Indian Rupees for Bid security shall be
based on Bills clearing (B.C) Selling Market rate of Exchange (MRE)
as on one week prior to the date set for bid opening as established by
SBI, India.
9. Bid will be opened in the
presence of bidder's representative who choose to attend
at the office of chief Manager (CS-NR-I), New Delhi at
11000 hrs on 15. 01. 98.
10. In the comparison of evaluated
bids, the Employer will grant a margin of preference of
plant and equipment manufactured in the Employer's Country in accordance
with procedures outlined in the bidding documents.
11.1 The Qualification Criteria
that Bidders must meet, have already been specified in the Annexure
-B to bid Data Sheet of the Bidding Documents. The basic technical requirement
for the qualification are as under:
11.1(a) The bider must
be a manufacturer of 400kV or above class Auto transformer or circuit breaker,
who must have designed, manufactured, type tested and supplied these
equipment and has been responsible for erection of sub-station or switchyard
with atleast 2 (two) Circuit breaker bays of 220 kV or above which
must be in satisfactory operation for atleast 2 (two) years as on the date
of bid opening.
Tender Notification No. B3/ 6630/ 88/ DDB /Ex
The tender documents with terms and conditions can be obtained on payment of Rs. 500/- (Rupees five hundred only) by way of Demand Draft drawn in favour of Commissioner of Prohibition and Excise, Andhra Pradesh payable at Hyderabad.
The forms will be issued by the Office of Commissioner of Prohibition and Excise Andhra Pradesh, Hyderabad from 31. 12. 1997 on all working days.
The tenders should be filled in the prescribed form obtained from office of the Commissioner of Prohibition and Excise, Andhra Pradesh, Hyderabad and not in any other form with any other terms or conditions in the tender. Any tender in any other form with any such terms and conditions shall be automatically deemed invalid and rejected.
The tender forms duly filled in should be accompained by Demand Draft/ Cash Security through challan, as the case may be, furnished for Rs. 2. 2 million (Rupees twenty two lakhs only) in favour of Commissioner of Prohibition & Excise, Andhra Pradesh, Hyderabad.
The tenders will be received upto 2. 00 P. M., on 31. 3. 1998
Tenders without E . M . D will be rejected. The tenders will be opened will be on the same day at 3. 00 PM in the presence of the Tenderers present at that time.
The commissioner of Prohibition and Excise reserves his power to reject any or all the tenders received without assigning any reasons.
The above Distillery can be inspected by interested parties after purchase of application forms during the office hours.
Sd/- J.C. SHARMA
for Commissioner of Proh.
& Excise.
VPCL invited bids from reputed and experienced manufacturers/ contractors, who have executed large capacity (500 MW and above) contracts earlier, for the work of supply and installation of the entire power station on Engineering, Procurement and Construction basis. The brief particulars of the proposed station are as under:
Capacity
The gross nominal output of
the power station will be 500 MW, with two conventional units of 250 MW
each.
Configuration
One or two circulating fluidised
bed steam generator(s) connected to a steam turbine generator unit of 250
MW.
Location
The proposed power station site
is located about 40 km from Jamnagar off Jamnagar-Okha state highway.
Fuel
The steam generator will be
suitable to burn petroleum coke (base fuel) and refinery residue oils (alternate
fuel).
Completion Schedule
The first and second units should
be completed and synchronised within thirty (30) and thirty-six (36) months
respectively from the date of placement of order.
The detailed specifications, scope of work and terms and conditions are given in the bid Documents. The Bid documents will be available for sale from 20.11.1997 to 20.12.1997. Interested Bidders may obtain Bid documents from the address given below against a non-refundable payment of US$ 1, 500 (for foreign Bidders) in the form of a Demand Draft drawn in favour of 'Vadinar Power Company Limited' payable at Mumbai. To enable VPCL to assess the capability of the Bidder, the Bidder request for issue of Bid Document must be accompanied with his experience details in respect to the following:
1. Name of the Customers
2. Name of the plants, Type
and Capacity.
3. Year of Commissioning.
4. Organisation Details
5. Financial Capabilities including
Profit and Loss Account and Balance Shet for the last three years and track
record of financing/ arranging finances for international power projects
of similar size.
Bids must be submitted at the address given below not later than 1700 hours on 20.01.1998 accompained by a Bid Bond in the form of Bank Guarentee for a amount of US$ 100, 000 (Foe foreign Bidders) and Rs. 3. 5 million (for Indian Bidders).
VPCL reserves the right to accept/ reject any or all the Bids(s) without assigning any reasons thereof.
Senior vice president
Vadinar Power Company Ltd
Essar House, 14th Floor
11, Keshavarao Khadye Marg
Mahalaxmi, Mumbai - 400 034,
India
Tel +91-22-4950606 Extn. 1402
Fax: +91-22-4954787
2. The completed tender form with validity for 180 days shall be received upto 11. 00 A.M (IST) on 16th January, 1998 in the office of the General Manager, India Security Press, Nashik Road - 422 101, India. The tender shall be opened on the same day at 3. 00 P. M (IST) in the presence of TENDERER / Authorised Representative who may like to be present.
3. The General Manager, India Security Press, Nashik Road, has the right to reject any or all tenders wholly or in part without assigning any reason. Tenders received late and not on prescribed form will be rejected . Postal delay will not be accepted.
Sd/-
(V. K. JAIN)
GENERAL MANAGER
The privatisation is part of an extensive reform programme of the electricity sector undertaken by the Government of Orissa and supported by the World Bank and Department for Internal Development of the United Kingdom.
Companies and business organisations
interested in participating in the privatisation of the business
("interested parties") may apply
to The Company Secretary, Grid Corporation of Orissa Limited, Janpath,
Bhubaneswar- 751007, Orissa, India, Fax No. 0091-674-411904/ 412734
for a request of qualification ("RFQ") and background information. The
RFQ will require interested parties to furnish Statements of Qualification
("SOQs") either alone or in consortium demonstrating that they or , in
the case of bids made by consortium, a member of
that consortium, satisfy relevant technical/ commercial and financial
criteria.
A Non-Indian company or business organisation wishing to submitt an SOQ must do so in a consortium which includes as a member an Indian company or business organisation.
An RFQ can be obtained from GRIDCO
on or after 1 December, 1997 against a payment of
Rs. 8,750 or US$ 250 by
a demand draft payable in favour of the 'Drawing and disbursing
Officer, GRIDCO '.
The last date for receiving applications for an RFQ is 28 February, 1998. Presentations and site visits will be arranged in February 1998. SOQs must be submitted by interested parties, together with all information requested in the RFQ and executed confidentially agreement, by no later than 14 March, 1998.
In the next stage of the process, companies/ consortia which are qualified by GRIDCO will be provided with a Request for Proposal, an Information Memorandum and draft contractual documentation. These are currently intended to be available by mid 1998.
Chairman-cum-Managing Director
Grid Corporation of Orissa Limited
The RFQ and document containig background information will only be made available to persons who confirm in their application that they are sufficently expert to understand the risks involved and that distribution or receipt of such document to them doesnot infringe any applicable securities or investment laws or regulations. Any person who fails to provide a confirmation will have his demand draft returned to him.
This advertisement constitutes no form of commitment on the part of GRIDCO other than to supply an RFQ to interested parties which request the same and make requisite payment and provide the necessary confirmations. Furthermore, this advertisement confers no right nor exception on any party to participate in the privatation process. GRIDCO reserves the right to withdraw from the process or any part thereof or to vary any of its terms at any time without giving any reason. This advertisement is issued by GRIDCO, the content having been approved solely for the purpose of section 57 of the Financial Services Act 1986 of the UK by Barclays de Zoete Wedd Limited, wich is regulated in the conduct of its investment business by The Securities and Futures Authority Limited.
Go back to India- Invest Post Your Message
Rashtriya Chemicals and Fertilizers Ltd., is a Govt. of India undertaking with a turnover exceeding Rs.1300 Crores per annum. It has prilled urea manufacturing unit with 4500 MTPD capacity at Thal, (Tal. Alibag, Dist. Raigad, Maharashtra), about 100 Km south of Mumbai, RCF, Thal invites applications for revamping of their existing bagging plant having capacity of 6000 MTPD from reputed Indian/ foreign companies dealing with large scale material handling, bagging and loading systems suitable for Prilled Urea fertilizer for prequalification and execution of the project on turnkey basis. Parties may visit the site, if desired, to study the existing facility before offering their system.
The proposed revamped Bagging
Plant to 8, 000 MTPD capacity should be of latest design in order
to achieve desired results with minimun human efforts incorporating most
modern mechanised system .
Some of the salient features
desired are as under:
1. Latest design of loose material intake as per above capacity and distribution to various loading stations/ bunkers without spillage with suitable PLC systems.
2. Minimum number of loading stations without affecting the loading capacity of around 8, 000 MTs. The design should be compact, but maintenance-friendly.
3. The design should provide fully automatic weighing and stitching machine to cope up with loading capacity of 8, 000 MTPD, with DCS control systems.
4. The filled urea bag distribution for loading and/ or stacking should be fully mechanised. The wagon loading and truck loading shall be automised. The platforms shall be designed in such a way to accomodate wagon and truck loaders and also reserve area for stacking of filled urea bags and their mechanised reclamation for loading to railway wagon/ trucks.
5. The design shall provide mechanised empty bag unloading and distribution system upto bagging points.
6. The design shall provide mechanised empty bag 'dedusting systems' and also automatic spillage recovery systems.
7. The tenderers shall also have to design system to control high humidity on the loading platforms and operating floors.
8. Bags to be used for bagging prilled urea shall be made either of HDPE or Jute-lined with polypropylene used using bitumen as adhesive. Filled in capacity of bag in each case shall be 50 Kg of prilled urea.
The application should be submitted with following supporting documents:
i) List of similar works done
during last five years alongwith certificates for satisfactory
performance
including the name of the organisation;
contract amount; date of award; scope of work; date of
completion and capacity of plant. RCF, Thal desires that party
should give demonstration at their cost in the form of
video films regarding type of the job undertaken by them of such
nature and capacity.
ii) Organisation profile with
bio-data of key personnel.
iii) Financial standing of
the firm with Incom Tax clearence certificate for last three years.
iv) Solvancy certificate from
the Bankers and audited balance sheet for last three years.
v) Attested copies of
the registration certificate with provident Fund and ESIS authorities
by Indian parties and Indian counter parts of the foreign parties.
Parties who have executed single order with value of Rs. 200 million or equivalent and above in the past shall only be considered for pre-qualification . Pre-qualification application in triplicate alongwith the aforesaid documents should reach the office of Dy. General Manager (Commercial) RCF Ltd., Thal. Tal. Alibag, Dist. Raigad Pin - 402 208, Maharashtra, India, Fax No. 00-91-2141-382056/38091 within 6 weeks from the date of publication of this advertisement.
RCF, Thal reserves the right to reject any or all the applications without assigning any reason whatsoever.
Dy. General Manager (Commercial)
Project
The 200 MW plus, combined cycle,
base load power project is being set up by a large South India based industrial
group under a modular structure. This multi-fuel based project will intially
operate on Naphta. The alternate fuels include Superior Kerosene Oil (SKO)
and Natural Gas. The EPC Contract is being under taken by the an internationally
reputed contractor. The entire electricity generated will be sold to the
Tamil Nadu Electricity Board under a proposed long term Power Purchase
Agreement(PPA),
extending over 15 years, with
a PLF at a minimum of 80%.
Scope
Prior to commissioning of the
project, the O&M Contractor will have to supervise the performance
testing and trial operations of the plant. It will have to review O&M
manuals, drawings and documentation. After commissioning, the O&M Contractor
will be responsible for proper upkeep, operation and maintenance of
the power plant. The O&M Contractor will also be responsible for ensuring
the requisite Plant Availability and Plant Load Factor (PLF). The O&M
Contractor may also participate in the equity of the project.
Status
The power project is an advanced
stage of implementation. The Fuel Supply Agreement (FSA) and PPA
are expected to be executed shortly. The project expects to achieve financial
closure over the next six months.
Interested Applicants are requested to send their SoQs, which will be used to evaluate the technical , management and financial capabilities. Only those Applicants judged to be qualified on the above criteria will be invited for detailed evaluation. The SoQs should be sent within 10 days from the date of this advertisement to the following address:
The Manager
Project Finance & Advisory
Group
India Securities Limited
15th Floor, Essar House
K.K. Road, Mahalakshmi
Mumbai- 400 034, India.
Tel: 91 22 495 0606 Extn: 1545
Fax: 91 22 495 1053
1) Platinum ... 109 kgs +/-1%:
Purity .. 99. 95% Minimum
2) Rhodium ... 12 kgs
+/-1%: Purity .... 99. 90% Minimum
Tender documents containing all the relevant details and terms and conditions can be obtained on a written request from the office of Dy. General manager (Commercial), RCF Ltd. Administrative Building, Chembur, Mumbai - 400 074. india against payment of Rs. 100/- (Rupees one thousand only) by Demand Draft. The demand draft shall drawn shall be drawn in favour of Rashtriya Chemical Fertiliser Limited payable at Mumbai. Tender fee in cash or cheque will not be acceptable. Tender documents will be issued on all working days from Monday to Friday between 10 am to 5 pm except holidays. Last date for issue of tender documents is 12-1-1998.
RCF reserves the right to refuse the issue of tender documents or reject the tender while opening or evaluating the tenders if the past performance of the tenderer has not been found satisfactory. The decision of RCF regarding performance evaluation shall be final.
RCF Ltd. will not be responsible for any delay in receipt of tender documents by tenderer when requested and sent by post/courier.
Last Date & Time for receipt
of tenders : 15-1-1998 up to 1600 hrs .IST.
Date & Time of opening of
tenders : 15-1-98 at 1630 hrs. IST
RCF reserves the right to accept or reject any or all or part of the tender at its sole discretion without assigning any reason thereof, RCF also reserves the right to split the tender in parts and to award the contract in full or parts at its sole discretion.
Dy. General Manager. (C)
Issue of Tender Document:
On all working days between 11.00 hrs to 16.00 hrs from 20-12-97 to 15-01-98.
cost of the Tender :Rs. 1,000/-
to be deposited in the form of DD in favour of JNPT from any Nationalised
Bank having branch in Mumbai.
Submission of Tenders:
on or before 13.00 hrs of 22nd January '98
Opening of Tender: At 15.00
hrs on 22nd January 98 in the presence of tenderers who may like
to be present.
Earnest Money Deposit: Rs. 2,00,
000/- in the form of DD drawn on any nationalised bank having branch
in Mumbai in favour of JNPT to be submitted alongwith tender.
no request for sending tender document by post will be entertained. port will not be responsible for any postal delay in the submission of tender.
Chief Manager (operations)
A complete set of tender documents can be purchased by the interested tenderers on submission of written applications to the address given below and upon non-refundable payment of Rs.5,000/- or USD 200 in the form of Demand Draft payable at Mumbai and drawn in favour of Videsh Sanchar Nigam Ltd. The tender documents will be available for sale from 19-12-97 to 20-1-98 between 1500 hrs. to 1700 hrs on all the working days.
All tenders accompanied by Tender Security for and amount of USD 100000 OR Rs. 40 lakhs shall be submitted on or before 1300 hrs. (IST) of 27/1/98 to the address given below. The tender shall be opened at 1500 Hrs. (IST) on 27/1/98.
Chief General Manager (Commercial)
Videsh Sanchar Nigam Ltd
4th Floor, videsh sanchar Bhavan
Mahatma Gandhi Road
Fort, mumbai 400 001. Phone
: +(22) 2624020/2655015,
Telex:+81(11)82429 VSNH IN Fax:
+91(22) 261944/ 2619640
The proposed project will envisiage components like extensive rock cutting, R.C.C Masonary, structural steel work in building, suspension pool, water ponds and water falls. Natural Trail and jogging track small jetties and landing for paddle boats, extensive tree plantation, land scaping, water supply and recycling, pumping piping and allied works. Compound wall gates railing path ways roads rockstairs, winched operated cabin slide, Aqarium etc. along with related works.
PCMC has already appointed reputed architects and structural designers for the project as a concept Designer, Architect and R.C.C/ Structural Designer, who has already developed Designs of many components of the same, along with the master plan.
However, agency tendering if desires so, may also have its own designs for additional features to be incorporated in the project. P.C.M.C invites offers from entrepreneurs having experience of setting up and operating such Amusement Park on behalf of Government , Semi Govt. organisations. offers from private Operators those operate their own such Amusement Park may also send their offers. The offer should be on "BOT"/BOO" basis.
Tender forms comprising of terms and conditions relating to the project can be collected from the office of the Assistant Commissioner (Slums) P.C.M.C., Pimpri, from 22/12/97 to 7/1/98 on any working days between 11 am and 3 pm. on cash payment of Rs.200/- will be accepted till 22th January 1998 upto 3 pm in the office of Assistant Commissioner (Slums) Pimpri Chinchwad Muncipal Corporation, Pimpri.
The estimated cost of the project is about 6. 54 crores. The bidders shall be required to submit Earnest Money Deposit of Rs. 2 lakhs along with the sealed offer in the form of Demand Draft in favour of commissioner , P.C.M.C , Pimpri, payable at Pimpri in seperate envelope.
The successful entrepreneur will be required to give Bank Guarantee of Rs. 15 lakhs at the time of agreement.
The Commissioner, Pimpri Chinchwad Muncipal Corporation reserves the right to reject any or all the offers in full or part without assigning any reason thereof.
(PRAVEENSINGH PARDESHI)
COMMISSIONER, P.C.M.C.
Eligibility Criteria
Must be reputed firms/ Entrepreneurs
having experience in the field of ship-breaking or port Planning and development.
The entire finance for the Project
will have to be arranged by the selected entrepreneur.
The applicants will be invited by the Tamilnadu Maritime board for a preliminary report prepared by Indian Institute of technology, Ocean Engineering Centre will be provided on request on payment of Rupees Five Hundred Only in the shape of Demand Draft drawn in favour of Tamilnadu Maritime Board , Chennai - 600 001.
Bid date:
The offers wiil be received
by the Tamilnadu Maritime Board up to 21-1-1998.
A prelimiary conference will be held on 5-2-1998 at Chennai.
Telephone Contact Nos.
Per
: 5226234
Res
: 4937228
Office: 510057
Chief Executive Officer
2. Basic Criteria for Eligibility
A. Pre-Qualification
The intending Developers, fulfilling
the following criteria are only eligible to quote:-
(1) Firms having net worth exceeding
Rs. Fifty (50) crores or. 12.5 Million U.S. Dollars.
(2) Firms having Annual turnover
of more than Rs 200 (Rupees two hundres crores) or 50 Million US
$ for the last two years.
(3) Firms having experience
to raise adequate finance from Indian & International Markets.
(4) Firms having experience
track-record of implementation successful execution of thermal power
projects of similar or higher capacity units, which might have been in
successful operation for not less than two years.
B. Information of the Bidder:
Sale of Power.
The power generated shall be
supplied directly to various consumers by the Developers or it may be purchased
by BSEB at the lowest tariff basis to be settled.
Fuel and Transportation
The Developers shall have to
arrange for the fuel and its transporatation. necessary assiatance in coal
linkage shall be provided by BSEB/State Government if needed.
Land and infrastructure.
The land and water required
for power station have already been identified and shall be handed over
to the developers on lease basis. other infrastructure required for the
project shall have to be arranged by the Developers for which
necessary assistance may be given by BSEB/ State Government.
Statutory / Non- statutory clearence.
some clearence have been obtained
which shall be transfered to the Developer However, the developer
will have to obtain remaining clearence in which government of Bihar
and its concerned agencies shall provide necessary assistance.
C. Details/ Information
to be submitted as part of Bid:
i) Financial and Managerial
standing of the company and their Associate, specifically the annual report
with balance sheet and other financial statements for the last three years.
ii) Technical competancy and
access to appropriate technology.
iii)Number of coal based Thermal
Ower Projects implemented in the past with reheat turbunes having single
unit size not less than 50 MW.
iv) Details of present financial
commitments to other projects in hand with details of project;
name of client, value of the
work, completion date etc.
v) If the bidder proposes to
associate other partners (Equipment supplier etc), the details of
the partners to be indicated.
vi) Indicative capital cost
of the projects and proposed sources and structure of financing.
vii) The proposal should also
include overall basic details / technical specifications and operating
parameters of power projects opted and time required for completion of
the same.
viii) Other supporting information/
details pertinent to other invitation.
3. Investment Pattern.
The investment pattern shall
be as per the guide lines of Govt. of India . The booklet containing details
about the private sector participation in the power generation is
available wuth the Director. investment Promotion Cell, Department
of power Ministry of Power, Government of india, Shram Shakti Bhawan,
New Delhi - 110001 on payment.
4. Request for proposals.
request for pre-qualification
offer in 4 copies should be accompanied with a separate crossed Bank draft
of Indian Rupees twelve thousand (Rs. 12, 000/-) or for 300 $ US
Dollar for this project payable in favour of Deputy Director of Accounts
(Secretariat), BSEB, patna payable at any schedule Bank at Patna and valid
for a period of six months.
5. Due date for submission of
bids.
Interested Developers may submit
their RFQ bids alongwith the requisite Bank draft as well as brief resume
stating their experience and pre-qualification's as stated above on or
before 16th February 1998, upto 13.00 hrs to the chief Engineer (projects),
BSEB, Vydut Bhawan, Bailey Road, Patna - 800001, Bihar, India .
Telephone No. 225486, Fax No.
0612-222968
BSEB reserves the right to be
reject all or any of the proposals without assigning any reason thereof.
Sd/-
(S.M Wali Hassan)
Chief Engineer (Projects)
Parties/ bidders who are interested
in running the Company as a "going concern" may see facilities in consultation
with SIMCOM LTD. and submit their offers as per the following:
Activity | Date & Time | Place |
Purchase of Bid Documents | 26th Dec. 1997 to 9th Jan.
1988, 10.00 AM to 5.00 PM |
SICOM Office ## |
Pre Bid Conference | 14th Jan. 1988, 2.30 PM | SICOM Office |
Last date for Submission of completed Bid documents | 27th Jan. 1998 by 5.00 PM | SICOm Office |
Date of Opening of Technical Bids | 28th Jan, 1998, 3.00 PM | SICOM Office |
The offer/ bid should be accompained by an earnest money deposit of Rs. 2, 50,000/- (Rs. Two hundred & Fifty Thousand Only) by way of Demand Draft in favour of SICOM Limited payable at Mumbai enclosing two sealed envelops containing technical and financial bids respectively . SICOM Limited/ Government of Maharashtra reserves the right to accept or reject any offer without assigning any reasons. Interested parties may collect the particulars about Company and other relevant documents by paying Rs. 500/- (Rs. Five hundred only) in cash from the following address:
Shri P. Datta/ Shri Mangesh P.
Kulkarani / Shri Atul Dighe
SICOM LTD.,
Corporate Planning, Merchant
Banking Division
2nd Floor, Nirmal, Nariman Point,
Mumbai - 400 021.
Tel. No. 2883978 (D)/ 288 3579
Fax No. 022 288 3602.
Note: Proposals received/ submitted
without the technical/ financial offers and earnest money deposit of Rs.
2, 50,000/- shall not be considered.
1.0 Name of the work : Tie-up
for improvement in quality and production of Refractory bricks for LD cinverter
lining to give lining life of minimum 1500 heats in the captive brick
plant of VSP.
2.0 Purpose of the Tender: The
purpose of the tender is to have a suitable tie up with the successful
tenderer for the following with a view to produce improved quality bricks
and masses from the existing captive brick plant :
- Selection/ supply of the raw
materials.
- Supply of process data, flow
sheets.
- Supply of operation and maintenance
manuals.
- Supply of safety measures/
instructions
- Supervision of manufacture
of bricks and masses & quality control system.
- Supervision of lining of the
converter.
- Responsibility for showing
the minimum stipulated guarenteed life under the prevailing operational
practices at VSP.
- Training of VSP Engineers.
- Upgradation of the technology
with developments in the field, if any, within a period of 5 years from
the date of commissioning.
- Association for three years
period from the date of commissioning, for production of bricks and massess.
3.1 Last date for receipt of requisitions for issue of pre-qualification tender document: 17-01-98
3.2 last date for issue of pre-qualification tender document: 22-01-98
3.3 last date and time of receipt and time of opening of offers and venue: upto 11.00 am (IST) on 21-02-98 in the office of the Dy. General Manager(Contracts), A-Block Project Office , Visakhpatanam Steel Plant, Visakhapatanam - 530 031.
4.0 Cost of pre-qualification tender: A Demand Draft for Rs. 1200/- for collection by post. The Demand Draft is to be drawn in favour of Rashtriya Ispat Nigam Ltd., Visakhapatanam Steel Plant on any Scheduled Bank in India and payable at Visakhapatanam. no other mode of payments is not acceptable. The tender documents will be issued on the Indian Representative(s) of foreign tender(s) if the said Indian Representatives(s) have been duly authorised by their Principal(s)
5.0 Rashtriya Ispat nigam Ltd will not responsible for any delay, loss or no receipt of tender documents or tender by post.
6.0 Tender willbe opened in the presence of such tenderer or their representatives who choose to be present.
7.0 Right is reserved to issue/ refuse the tender documents and to accept/ reject any or all tenders either in part or in full without assigning any reasons thereof without any liability to Rashtriya Ispat Nigam Ltd.
Dy. General Manager (Contracts)
Grams : "UBEAM", Telex : 0495-454
& 455
Phones: (0891) 8886385, 888277
& 888429 Fax: (0891) 888764
The NMP would include, among others, the following:
Interested individual consultants/
consultancy organisations may send their applications along with a concept
note on the subject of NMP and the complete Bio-data in the prescribed
format. The format for submission of bio-data and terms of reference
may be obtained from Mr. A.K Dhussa, Director, Project Mangement Cell,
Ministry of Non-Conventional Energy Sources (Fax: No. 011-4361738)
either personally or through post/ fax on any working day from 25-12-97
to 9-01-98 . Completed applications must reach the above address latest
by 10-02-98. Based on the evaluation of the concept note and details of
expertise and experience , submitted by the applicants, a short list of
the consultants will be prepared who will then be requested to submit detailed
proposals along with financial bids for the final selection of the consultant.